The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to Bruker Biospin Corp. The purpose of this purchase order is for a service contract for a 4.7T Bruker Biospin Vertically Oriented Scanner.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334510 with a Size Standard of 500 employees.
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-82 dated May 7, 2015
STATUTORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements.
PURPOSE AND OBJECTIVES FOR THE ACQUISITION:
The National Institute of Mental Health (NIMH), Neurophysiology Imaging Facility (NIF) requires a service contract agreement with parts support and gradient service plan for the 4.7T Bruker Biospin scanner, vertically oriented.
PROJECT REQUIREMENTS:
1. Provide telephone support for diagnosis of Covered Equipment malfunction(s). This support will be provided during the hours of 9:00am and 5:30pm (local time at our service office) during our standard workweek.
2. Provide replacement parts as required on an exchange (refurbished) or new part basis, at our discretion. All parts are warranted for 90 days after installation.
3. Provide material for engineering changes that we develop and determine to be appropriate for the instrument.
4. For each system in the table of Covered Equipment, provide software updates for Bruker applications software required to operate the Covered Equipment, as Bruker releases these updates.
5. When a service call is initiated, an engineer will contact our lab to gain a more complete understanding of the problem, recommend diagnostic tests and, interpret the results with us.
6. If the diagnostics indicate that material is required, the engineer will arrange for overnight shipment.
7. The next day the engineer will contact our lab to determine the status of the instrument.
8. If the replacement material resolved the problem, the defective material will be returned to Bruker using shipping information and pre-paid labels included with the repair items.
9. If the replacement material did not resolve the problem, the engineer together with our lab will mutually determine the best next step.
ANTICIPATED PERIOD OF PERFORMANCE:
The period of performance is12-months from date of award.
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Bruker Biospin Corp is the only vendor in the current market place that can provide the contract service agreement required by the National Institute of Mental Health. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a small business sources sought notice was posted to FedBizOpps referencing the above detailed generic requirements and no responses were received. Additionally, knowledgeable individuals in the Government and Industry were contacted for market research purposes. None of the subject matter experts contacted were able to identify any contractor other than Bruker Biospin Corp which could meet the needs of this requirement. Finally, a review of both the GSA Advantage and Dynamic Small Business Search returned no results. Therefore, only Bruker Biospin is capable of meeting the needs of this requirement.
The intended source is:
Bruker Biospin Corp.
15 Fortune Drive
Bellerica, MA 01821-3991
APPLICABLE CLAUSES AND PROVISIONS
The provision at FAR clause 52.213-4, Contract Terms and Conditions - Simplified Acquisition (Other Than Commercial Items) (JAN 2014).
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
CLOSING STATEMENT
THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Paul Marsalese, Contract Specialist, at [email protected]. US Mail and Fax responses will not be accepted.